Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2018 FBO #5965
SOURCES SOUGHT

J -- Deployments/Distribution and Vehicle Management - Draft Performance Work Statement

Notice Date
3/22/2018
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA860118R0037SS
 
Archive Date
5/8/2018
 
Point of Contact
Brett A. Everett, Phone: 9375224638, Toxie Courtney III, Phone: 937-522-4568
 
E-Mail Address
brett.everett@us.af.mil, Toxie.Courtney.1@us.af.mil
(brett.everett@us.af.mil, Toxie.Courtney.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Performance Work Statement SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) FA860118R0037SS. The United States Air Force, AFLCMC/ Operational Contacting Division, Wright-Patterson AFB, Ohio is seeking capabilities packages of potential sources, including Small Business (SB), 8(a), HUBZone, Women Owned (WOSB), Economically Disadvantaged Women-Owned (EDWOSB), Veteran-Owned (VOSB), and Service-Disabled Veteran-Owned small businesses that are capable of providing Deployments/Distribution and Vehicle Management as defined in the attached Performance Work Statement. The 88th Logistics Readiness Squadron (LRS) is seeking a Firm-Fixed Priced contract (base year and four one-year options). Firms that respond shall specify that their services meet the specifications provided below and in attachments and provide detailed information to show clear technical compliance. Detailed Specifications are listed in the attachment identified below: 1. Draft Performance Work Statement All interested firms shall submit a response demonstrating their capability to provide the requested services to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. The NAICS Code assigned to this acquisition is 561210 (Facilities Support Services) with a size standard $38.5 Million. Firms responding should indicate their size in relation to this size standard, and also indicate socio-economic status (SB, 8(a), VOSB, SDVOSB, WOSB, EDWOSB, and/or HUBZone). Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. Capability responses will be assessed and the data will be used to assist the Government in determining the acquisition strategy, including Small Business Set Aside (SBSA), sole source, or full and open, for any potential subsequent action. In accordance with Federal Acquisition Regulation (FAR) 10.001, market research results will be used to determine whether FAR Part 19 criteria are met for a SBSA or further socio-economic set aside. Note that a key factor in determining an acquisition to be a SBSA is that small business prime contractors meet the requirements set forth in compliance with FAR 52.219-14, Limitation of Subcontract. Responses from small businesses, therefore, need to include rationale as to how compliance with FAR 52.219-14 will be achieved. Also, the rules governing affiliation and ostensible subcontracting apply when determining size, as does the non-manufacturer rule. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. CAPABILITIES PACKAGE: All interested firms shall submit a capabilities package that explicitly demonstrates their capabilities to provide the required services. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements as stated in Attachment 1 hereto. Please answer the following questions: 1) Does prospective contractor have direct and relevant Air Force Deployment/Distribution Services and Vehicle Management experience? a. Demonstrate recent application and successful accomplishment of major disciplines to include Air Force Surface and Air Freight, Planning and Packaging Operations, Small Air Terminal Operations, Passenger Travel, Personal Property, Vehicle Operations, and Vehicle Management. 2) Does prospective contractor have management team meeting/exceeding minimum requirements listed within the Performance Work Statement? a. Demonstrate corporate strategy to ensure only qualified personnel are placed to execute each discipline, to include a mitigation plan to fill vacant positions if needed. b. Each position requires verifiable evidence of successful experience in both listed minimum years and discipline. 3) Prospective contractor must convey commitment to internal quality assurance oversight. a. Demonstrate corporate level oversight to ensure local quality assurance, training, safety and environmental programs/processes are continually executed to corporate expectations. b. Demonstrate culture of individual problem solvers and internal mitigation plans not reliant on government direction/oversight. Responses may be submitted electronically to the following email address: brett.everett@us.af.mil. All correspondence sent via email shall contain a subject line that reads " FA860118R0037SS-Deployments Distribution and Vehicle Management " If this subject line is not included, the email may not get through email filters at Wright-Patterson AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachments. Attachments with files ending in.zip or.exe are not allowable and will be deleted. Ensure only.pdf,.doc, or.xls documents are attached to your email. All other attachments may be deleted. Responses may also be mailed to: AFLCMC/PZIBB, ATTN: POC- Mr. Brett Everett 1940 Allbrook Dr., Rm 109 Wright-Patterson AFB, OH 45433-5309 RESPONSES ARE DUE NOT LATER THAN 23 Apr 2018 BY 1200 Eastern Time. Direct all questions concerning this acquisition to Brett Everett at brett.everett@us.af.mil. The vehicle operators, mechanics, and transportation (distribution) are covered by collective bargaining agreements (CBAs). Should an RFP be issued for this requirement, the applicable CBAs will be incorporated into the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA860118R0037SS/listing.html)
 
Place of Performance
Address: Wright-Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN04863316-W 20180324/180322231019-72a88af7978b6a43c71b5aff62f5aff9 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.